Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

Y -- Repair Apron, Truax Field, Madison, WI

Notice Date
7/10/2020 1:47:20 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F20R0058
 
Response Due
7/27/2020 12:00:00 AM
 
Archive Date
08/11/2020
 
Point of Contact
Jae Chang
 
E-Mail Address
jae.chang@usace.army.mil
(jae.chang@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pre-Solicitation Notice Repair Apron, Truax Field, located at Madison, WI Solicitation No. W9128F-20-R-0058 On or about 28 July 2020, this office will issue Request for Proposal (RFP) for construction of a Repair Apron, Truax Field, located at Madison, WI. �The solicitation will close on or about 24 August 2020.� This solicitation is set aside for TOTAL SMALL BUSINESS SET-ASIDE. All contractors must be registered and have an active and verified account in the System for Award Management (SAM) in order to receive a contract award from any DoD activity. Contractors may access the Internet site at: https://www.sam.gov/ to register and/or obtain information about the SAM program. FAR and DFARS Representations and Certifications can be submitted at https://www.sam.gov/. Offeror must be certified as a Small Business at the time of submission of offer. Offerors SB certification will be verified for eligibility in the VIP database at: https://www.vip.vetbiz.gov. Offerors not possessing a valid, active, and verifiable certification at the time of offer submission will not be considered for award. Contractors must ensure that the applicable NAICS code 237310 is included in their profile prior to submission of offer. Provisions in the solicitation documents will provide a site visit date and detailed information (meeting place, time, points of contact, and access requirements).�� DO NOT�submit requests for plans and specifications to the site visit personnel.��See �Obtaining Solicitation Documents� below. Project Description (approx. quantities): This is a Fully-Designed Project.� Project will include the following: Remove approximately 11,000 Square Yards of 11.25� PCC pavement and replace with approximately 11,000 SY of 14-inch PCC pavement.� New PCC pavement shall conform to 32 13 14.13 CONCRETE PAVEMENT FOR AIRFIELDS AND OTHER HEAVY-DUTY PAVEMENTS with very stringent fine and coarse aggregate deleterious materials limits unique to military airfield pavement construction, weather severity classification of severe, enforcement of evaluation and testing for Alkali-Silica Reactivity per UFGS 32 13 14.13 requirements for both fine and coarse aggregates, Air Force durability requirement that aggregate shall have a satisfactory service record in freezing and thawing of at least 5 years successful service in three concrete paving projects or aggregate with durability factor of 50 or more when subjected to freezing and thawing of specimens prepared in accordance with ASTM C 1646/C 1646M and tested in accordance with ASTM C 666/C 666M, Procedure A for aggregates not having a satisfactory demonstrable service record.�� Removal of approximately 6,000 Square Yards of 4-inch hot-mix asphalt pavement and replacing with 6,800 SY of 4-inch hot-mix asphalt pavement conforming to UFGS 32 12 15.13 HOT-MIX ASPHALT AIRFIELD PAVING; Associated work includes the installation of preformed and poured joint sealant; pavement marking; installing grounding points; installing intrusion detection system; seeding and minor grading. The Contractor will be required to commence work within 10 days after Notice to Proceed (NTP) and complete the work in the proposed number of calendar days (Not to Exceed 365 calendar days) after receipt of NTP.� Provisions will be included for Liquidated Damages in case of failure to complete the work in the time allowed.� Performance and Payment Bonds will be required. The above project description is for information only. �Project scope of work is subject to change. RFP Evaluation Criteria: Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00 PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION.� Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Specialized Experience, Technical Approach, Key Personnel, Past Performance, and Contract Schedule).� An adjectival method of evaluation will be used to evaluate all technical factors.� Price will be evaluated separately for reasonableness and realism.� A Best Value selection will be considered after reviewing price and technical factors. The estimated construction cost of this project is $3,500,000.00. Bidders (Offerors): Please be advised of online registration requirement in the SAM,�https://www.sam.gov/�and directed solicitation provisions concerning representations and certifications.� Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete.� The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Contract Opportunities (Beta.SAM>Contract Opportunities) at�https://beta.sam.gov/search?index=opp. Find solicitation announcement in Contract Opportunities (https://beta.sam.gov/search?index=opp): 1. Use the �Keywords� search function to locate the project (by entering the solicitation number) or use the advanced search features offered in the �Federal Organizations� (towards the middle of the page) or use the �Federal Organizations� search feature followed by the �Advanced Search� feature. 2. By using the �Sign In� feature, it allows additional search features and allows you to keep your searches.� Sign In might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on hyperlinked title of the solicitation to view the project. Files may be downloaded from the �Attachments/Links� section of the solicitation. By using the �Sign In� feature, it allows additional search features and allows you to keep your searches.� Sign In might be required on some solicitations that are considered restricted. Questions: Please direct procurement questions to the Contracting Specialist, Jae Chang via email at jae.chang@usace.army.mil, add the Solicitation Number and Name in the Subject Line of the email. Telephone calls will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cae1a5f001144f059733df86d12fe491/view)
 
Place of Performance
Address: Madison, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN05717606-F 20200712/200710230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.